Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

C -- Multi-Discipline Architect-Engineer (A-E) Design Services for Washington, Oregon, Idaho and Montana.

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-04-R-0043
 
Response Due
8/16/2004
 
Archive Date
10/15/2004
 
Point of Contact
Sonya Lira, 206-764-6741
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(sonya.l.lira@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Provide multi-discipline Architect-Engineer (A-E) design services for Washington, Oregon, Idaho, and Montana. The intent is to select two separate Architect-Engineer (A-E) firms or teams primarily for use east of the Cascades. Services will be requ ired for architectural, landscaping/civil, mechanical, electrical and structural engineering design related to the Seattle District, U.S. Army Corps of Engineers mission. Some asbestos and lead paint abatement work may be required. The A-E will be requir ed to prepare plans, specifications, design analyses, and cost estimates, as required for a variety of major military construction projects, as well as for maintenance, repair, and alteration projects. Some task orders will involve preparation of request for proposals (RFPs) for design build contracts. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria for this particular project are listed below in descending or der of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as ??????tie-breakers?????? among technically equal firms. PRIMARY CRITERIA: a. Specialized experie nce and technical competence in the areas of military design and construction for projects such as office buildings, barracks, housing, hangars and maintenance facilities, runways and hydrant fueling facilities. AT/FP criteria knowledge and design experien ce is required. b. Professional qualifications of key personnel, as demonstrated by education and professional registration and/or certification, in the firm specific to architectural and engineering disciplines: civil, structural, electrical, mechanical , environmental, architectural and interior design, sustainable design and cost engineering. Resumes (Standard Form (SF) 330, Section E. Page 3, Complete one Section E for each key person) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. The evaluation is to consider education, training, registration, overall and relevant experience and longevity with firm. c. Past performance o n DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity in performing approximately the work of the required type and the dollar amount sta ted, in one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. In Section H, page 6, of SF 330, describe the firms?????? quality management plan, including the team??????s organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. e. Knowledge of the locality, as it relates to engineering design covering four states, Washington, Oregon, Idaho and Montana. The information provided must demonstrate expertise in geological features, climatic conditions, or local construction methods. SECONDARY CRITERIA: f. Extent of participation by SB (including WOSB), SDB, historically black colleges and universities, and minority insti tutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographical proximity to Seattle District office and its engineering and construction personnel located in the 4 states. h. Volume of DoD A-E contract awar ds in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. CONTRACT INFORMATION: Multi-discipline Architect-Engineering (A-E) design services for Washington, Orego n, Idaho and Montana procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for architectural, landscaping/civil, mechanical, elect rical and structural engineering design related to the Seattle District, U.S. Army Corps of Engineers. Two indefinite delivery contracts will be negotiated and awarded, each with a base period not to exceed one year and two option periods not to exceed on e year each. The amount of work in each contract period will not exceed approximately $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-priced task orders not to exceed the base contract amount. The contracts are anticipated to be awarded in October 2004. The Standard Industrial Classification code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS code for this procurement is 541310, which is matched to SIC code 8712. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4 million or l ess. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan or that part of the work it intends to subcontrac t. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: a. At least 57.2% of planned subcontracting dollars intended subcontract amount be placed with Small Businesses (SB). b. At least 10% of a contractor's intended subcontract amount be placed with socially and economically disadvantaged individuals or Historically Black Colleges and Universities or Minority institutions. NOTE: b. is a subset of a. c. At least 10% of a contractor's inten ded subcontract amount be placed with Women Owned Small Business (WOSB). NOTE: c. is a subset of a. Also, the women-owned business may meet the definition of a small disadvantaged business. If so, c. will also be a subset of b. (Count firm in all appl icable areas.) d. At least 3% of planned subcontracting dollars intended subcontract amount be placed with HUBZone small business concerns. NOTE: d. is a subset of a. NOTE: A HUBZone firm may also be SBD, women-owned and/or veteran-owned. (Count firm in all applicable areas.) e. At least 3% of planned subcontracting dollars intended subcontract amount be placed with veteran-owned small business. NOTE: e. is a subset of a. Go to http://www.va.gov/osdbu/vetctr.htm or http://www.sba.gov/VETS/ for que stions concerning the Veterans Business Development program. f. At least 3% of planned subcontracting dollars intended subcontract amount be placed with service-disabled veteran-owned small business. NOTE: f. is a subset of a. and e. The subcontracting plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Co mmerce Information Center at 1-800-334-3414. Interested firms possessing the capabilities to perform this work shall submit one copy of Standard Form (SF) 330 (6/2004) for the prime firm and all consultants to the above address no later than the response date indicated above. Include the firm??????s Architect-Engineer Contract Administration Support System (ACASS) number on SF 330. For ACASS information, call (503) 808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engin eers, Seattle District, Attention: Sherrye L. Schmahl, 4735 East Marginal Way South, Seattle, Washington 98134-2329. Submittals should be received no later than 2:00 PM Pacific Time on 16 August 2004. Submittals by facsimile transmission will not be acc epted and will be considered non-responsive. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely neces sary. This is not a request for proposal. The SF 330 is located in: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC18526E13005C6AA6/$file/sf330.doc. For Section E of the SF 330, Resumes of Key Personnel Proposed, it is located in: http://contac ts.gsa.gov/webforms.nsf/0/5D2486562317409F85256EA1004E6BC5/$file/sf330_se.doc. For Section F of the SF 330, Example Projects Which Best Illustrate Proposed Team??????s Qualifications, it is located in: http://contacts.gsa.gov/webforms.nsf/0/E27471FCBE577 F0985256EA1004EB498/$file/sf330_sf.doc.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00635002-W 20040804/040802212249 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.